Compliance Services

Open

Buyers

Value

£29,250,000

Classifications

  • Repair and maintenance services of electrical and mechanical building installations
  • District heating
  • Emergency lighting equipment
  • Lighting systems
  • Parts of lamps and lighting equipment
  • Fire-alarm systems
  • Access control system
  • Fire doors
  • Erection of aerials
  • Asbestos-removal work
  • Television aerial installation work
  • Ventilation installation work
  • System maintenance services
  • Repair and maintenance services of firefighting equipment
  • Repair and maintenance services of electrical building installations
  • Repair and maintenance services of mechanical building installations
  • Installation services of fire protection equipment
  • Building surveying services
  • Consulting services for water-supply and waste-water other than for construction
  • Bin-cleaning services

Tags

  • tender

Submission Deadline

1 week from now

Published

1 month ago

Description

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Asset Management and Professional Support Services Framework

This procurement relates to the establishment of a framework for the provision of asset management and professional consultancy services across the property and housing sector. The framework is designed to support Sanctuary Housing and other public sector bodies in accessing high-quality consultancy services to deliver their asset management, compliance, and property development programmes. The framework will offer services nationally, with an estimated value of £40,000,000 exc VAT (£48,000,000 inc VAT) over it's four year term. The framework is a single lot covering Consultancy Services, covering services such as project management, business process re-engineering and service improvement, options appraisals, partnering advisers, procurement services, transformation services, BSA duty holder services, health and safety consultancy, and related disciplines. The framework will be accessible nationally and will allow for both direct award and further competition under the Open Procedure, in accordance with the Procurement Act 2023 and associated Regulations and will be open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between Sanctuary, the Supplier and Pretium Frameworks Ltd, who Sanctuary has appointed to administer the framework on their behalf. Full details of the scope and requirements of the framework and the procurement process, including how to tender are included within the procurement and tender documents. Sanctuary anticipate appointing ten suppliers to each the framework, but reserve the right to increase this number at their discretion. The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this Framework. The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. it should be noted that neither Devonshires, Pretium or Echelon shall be responsible for any changes made to the documents without the approval or engagement of the authors of the relevant documents at or prior to call off stage. The framework will be open to but not limited to any "Authorised User", which is defined as follows: Authorised User” means any of the following: (i) any entity within the same group of companies as Sanctuary from time to time (a “Sanctuary Member”); (ii) any entity or joint venture company that Sanctuary or any other Sanctuary Member holds an interest in from time to time (a “Sanctuary JV”); (iii) any Social Housing Provider in the United Kingdom (excluding Sanctuary, Sanctuary Members and Sanctuary JVs); (iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts; (v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools; (vi) any other “contracting authority” in the UK as defined in the Procurement Act 2023; and (vii) any supply chain member of Sanctuary or of any of the above organisations; and, in the case of the organisations listed in limbs (iii), (iv), (v), (vi) and (vii) above, who has entered into an Access Agreement with Sanctuary;

Katy Reed

Published 21 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete